SOLICITATION NOTICE
D -- Various Software Subcription Services - Attachment 01
- Notice Date
- 10/18/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
- ZIP Code
- 23521
- Solicitation Number
- H92244-18-T-0009
- Archive Date
- 11/14/2017
- Point of Contact
- Shayla J. Lucas, Phone: 757-862-9477
- E-Mail Address
-
Shayla.Lucas@vb.socom.mil
(Shayla.Lucas@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Material Equipment List This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-18-T-0009, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 Jan 2017, and DFARS 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 541519 with a business size standard of 150 employees. The Naval Special Warfare Command(NSWC) has a requirement to procure various software licenses and maintenance renewal packages. See Attachment 1, Material Equipment List, for complete details. This RFQ is being solicited as BRAND NAME ONLY as the particular brand name referenced in the attachment are essential to the Government's requirement. Schedule of Supplies and Services CLIN 0001 Various software subscription services and maintenance renewals from 1 Nov 2017 through 31 Oct 2018 Qty - 1 group CLIN 1001 Various software subscription services and maintenance renewals from 1 Nov 2018 OPTION through 31 Oct 2019 Qty - 1 group Shipping must be free on board (FOB) destination Please see attached Software Maintenance Renewal Spreadsheet for Specific information. Please use the attached spreadsheet as a guide when preparing your quote. Instructions to Offerors Quotes shall be e-mailed directly to shayla.lucas@vb.socom.mil the sole designated e-mail address and inbox for submission and receipt of quotes. No other electronic means of submission, used in whole or in combination with e-mail, is permitted. E-mail quotes shall be in either Adobe or Microsoft Office format. Offerors are advised that the Government may be unable to receive other types of electronic files (e.g.,.zip files) or files in excess of 20 megabytes. The Government requires your quote remain valid for 30 calendar days from date of submission. Quotes, and any questions either technical or contractual regarding this synopsis/solicitation, shall be submitted by e-mail to the Contract Specialist, Shayla Lucas at shayla.lucas@vb.socom.mil. This RFQ requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. Quote Cover Letter: Provide the name, title, telephone number, and e-mail address Quote Cover Letter: Provide the name, title, telephone number, and e-mail address of the company/division point of contact that can contractually obligate your company. Offerors shall provide the company name, street address, Cage Code, and Data Universal Numbers System (DUNS) number. Quotes shall provide evidence that the offeror is an authorized distributor of the items identified in Attachment 1. Note: quotes submitted for other than those items identified in the attachment shall be deemed technically unacceptable. Lastly, offerors shall include a statement that it either (a) agrees to to all the terms and conditions of this RFQ (which consists of the entire RFQ, including all documents, exhibits, and other attachments that are incorporated therein by reference and made a part thereof) and any RFQ amendments; or (b) takes exceptions to any terms or conditions of this RFQ, and clearly identifies those exceptions. Exceptions to any of the terms and conditions of this RFQ may be considered by the Government to be unacceptable. The following Clauses and Provision apply to this procurement. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statement - Representation Jan 2017 FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Jan 2017 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 Notice of Total Small Business Set-Aside. Nov 2011 FAR 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 FAR 52.204-18 CAGE Maintenance Jul 2016 FAR 52.204-21 Basic Safeguarding of Covered Contractor Information June 2016 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation Nov 2015 FAR 52.212-1 Instructions to Offerors - Commercial Items Oct 2015 FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate Alternate I (Oct 14) (By Full Reference ) Jan 2017 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Jan 2017 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O0019) Jan 2017 FAR 52.217-5 Evaluation of Options. July 1990 FAR 252.204-7011 Alternative Line Item Structure. FAR 252.204-7004 Alternate A, System for Award Management. FEB 2014 FAR 252.225-7000 Buy American--Balance of Payments Program Certificate. FAR 252.225-7001 Buy American and Balance of Payments Program FAR 252.225-7002 Qualifying Country Sources as Subcontractors. FAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. FAR 252.239-7017 Notice of Supply Chain Risk FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb 2016 (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR 52.212-2 Evaluation -Commercial Items Oct 2014 (a) The Government will award a contract resulting from this solicitation to the responsible offeror will be most advantageous to the Government. The following factor shall be used to evaluate offers: Price. Price will be evaluated in accordance with FAR 13.106-2. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000 (a) The Government may extend the term of this contract by written notice to the Contractor within 3 days of the start of the option; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 5 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-21 Prohibition Of Segregated Facilities Apr 2015 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jul 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.222-55 Minimum Wage Under EO 13658 Dec 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certifications Oct 2015 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): www.farsite.hill.af.mil http://www.arnet.gov/far/ http://www.acqnet.gov.far FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The following DFARS provisions and clauses apply to this acquisition and are incorporated by reference. If the offeror has completed any of the following provisions listed in this paragraph electronically as part of its annual representations and certifications, they are to indicate that in the quote, there is no need to complete these provisions again for this solicitation. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials Nov 2011 DFARS 252-204-7000 Disclosure of Information Aug 2013 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 DFARS 252.204-7012 Safeguarding Covered Defense Information & Cyber Incident Reporting Dec 2015 DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 2016 DFARS 252.225-7048 Export-Controlled Items Jun 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracts for Commercial Items and Commercial Components Jun 2013 DFARS 252.247-7023 Transportation of Supplies by Sea BASIC Apr 2014 The following SOFARS provision and clauses apply to this acquisition SOFARS 5652.232-9003 Paying Office Instructions (2011) Section G (Revised September 2011) (a) Payment to the contractor shall be sent to the following address: Identified in Block 17a of Standard Form 1449. (b) Special Payment Instructions: Payment will be made by the office designated in Block 18a on the Standard Form 1449 or otherwise designated paying office. SOFARS 5652.233-9000 Independent Review of Agency Protests (2013) Section I All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d) (4) to: Chief, SOF-AT&L-KM or SOF-AT&L-KX as appropriate, 7701 Tampa Point Blvd, MacDill AFB, FL 33621, Fax (813) 826-7504. <- - End of Clauses - - > Quotes must be received no later than 10:00AM Eastern Standard Time (EST) 10/30/2017 All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact: Shayla Lucas, Contract Specialist; Email address: shayla.lucas@vb.socom.mil Point of Contact for this solicitation is Shayla Lucas or phone (757) 862-9477 or fax to (757) 862-9478. INFORMATION USE The contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, the contractor is prohibited from using any Naval Special Warfare Command logos and /or other trademarked identifiers in any way without first receiving a specific license to do so. Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any information related to this contract shall be made without specific written authorization by the Contracting Office, other than that required for performance of the requirement. Attachments: Attachment 1-Material Equipment List
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92244-18-T-0009/listing.html)
- Place of Performance
- Address: 472 Polaris Ave, Virginia Beach, Virginia, 23461, United States
- Zip Code: 23461
- Zip Code: 23461
- Record
- SN04716338-W 20171020/171018230848-01870d2ee0067fdae67aacfc44a7057c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |